You are on page 1of 31

OPERATION AND MAINTENANCE (O&M) OF 66KV110KV EHT SUBSTATION-Tender

▪ Engineering, Procurement & Construction (EPC)

NIT No.: WAP/H-3082/CSEZ/O&M/POWER/2017 dated the March 03, 2017


NOTICE INVITING TENDER FOR SELECTION OF AGENCY
OPERATION AND MAINTENANCE (O&M) OF 66KV/110KV
EHT SUBSTATION, POWER DISTRIBUTION SYSTEM IN
COCHIN SPECIAL ECONOMIC ZONE (CSEZ), KAKKANAD,
COCHIN
WAPCOS Limited
(A Government of India Undertaking)
Project Office, Cochin Special Economic Zone,
CSEZ Administrative Building,
Kakkanad, Cochin – 682 037
Telephone: 0484-2413544
E-mail: wapcos.csez@gmail.com
NIT No.: WAP/H-3082/CSEZ/O&M/POWER/2017 dated the March 03, 2017
WAPCOS Limited
(A Government of India Undertaking)
Project Office, Cochin Special Economic Zone,
CSEZ Administrative Building,
Kakkanad, Cochin – 682 037
NOTICE INVITING TENDER FOR OPERATION AND MAINTENANCE (O&M) OF
66KV/110KV EHT SUBSTATION, POWER DISTRIBUTION SYSTEM FOR CSEZ
Cochin Special Economic Zone Authority (CSEZA), under the Ministry of Commerce and Industry,
Government of India has appointed WAPCOS Limited, as ‘Owner’s Engineer’. WAPCOS Limited,
invites Sealed Tenders in two cover system from eligible, reputed and experienced companies/firms
for Operation And Maintenance (O&M) of 66KV/110KV EHT Substation, Power Distribution
System in CSEZ.
For overview of the scope, pre-qualification criteria, bidding terms and conditions, visit website
http://www.csezauthority.in.
Interested firms/companies who meet the pre-qualification criteria may furnish their Tender with all
necessary documents in sealed two cover system along with the covering letter duly signed by an
authorized signatory, refundable EMD and non-refundable cost of the tender document in the form of
a demand draft on or before 20.03.2017 by 15.00 hrs. at the following address:
The Team Leader
WAPCOS Limited
(A Government of India Undertaking)
Cochin Special Economic Zone Project Office,
CSEZ Administrative Building,
Kakkanad,
Cochin – 682 037
Telephone: 0484-2413544
E-mail: wapcos.csez@gmail.com
CONTENTS
Section I
Notice Inviting Tender (NIT)
Section II
1. Introduction

2. General objectives of the contract

3. Eligibility criteria

4. General terms and conditions

5. Special conditions of contract

6. Scope of Services

7. Instructions to bidders
8. Declaration

Section III Annexures


1. Annexure A : Checklist/Format of application form

2. Annexure B : Format of Agreement

3. Annexure C : Format of Qualification cum Technical proposal

4. Annexure D : Format of Financial proposal

5. Annexure E : List of tools and testing instruments

………………..

3. Eligibility criteria

4. General terms and conditions

5. Special conditions of contract

6. Scope of Services

7. Instructions to bidders
8. Declaration
Section III Annexures
1. Annexure A : Checklist/Format of application form

2. Annexure B : Format of Agreement

3. Annexure C : Format of Qualification cum Technical proposal

4. Annexure D : Format of Financial proposal


5. Annexure E : List of tools and testing instruments

………………..

SECTION – I
NOTICE INVITING TENDER
NIT No.: WAP/H-3082/CSEZ/O&M/POWER/2017 dated the March 03, 2017
Subject: NIT for providing Operation and Maintenance (O&M) of 66KV/110KV EHT Substation,
Power Distribution System in CSEZ.
NIT in two cover system Name of work Operation And
is invited by The Team Maintenance (O&M) of
Leader, WAPCOS 66KV/110KV EHT
Limited, CSEZ Project Substation, Power
Office from eligible, Distribution System in
reputed agencies meeting CSEZ.
the pre-qualification and
eligibility criteria for
providing Operation And
Maintenance (O&M) of
66KV/110KV EHT
Substation, Power
Distribution System in
CSEZ, starting from
01.04.2017 for a period of
thirty-one months
covering the scope of
services specified/detailed
herein in this NIT. 1
2 Duration of work Thirty-one months
starting from 01.04.2017
3 Tender Document The tender document can
be downloaded from
www.csezauthority.in
from 03-03-2017 to
20-03-2017
4 Last date and time of 20-03-2017 at 15.00 Hrs
Submission of Tender
5 Date and time of technical Shall be intimated after
bid opening completion of evaluation.
6 Cost of the Tender ` 5000/-
document to be submitted
along with tender
7 EMD to be submitted ` 1,00,000/-
along with tender
8 Estimated value of the ` 65.00 Lakhs
tender
SECTION - II
1. INTRODUCTION

Cochin Special Economic Zone (CSEZ) is a Special Economic Zone functioning under the
Administrative control of the Department of Commerce, Ministry of Commerce & Industry,
Government of India. The Zone acts as an export hub for the industries whose products are marketed
overseas.
Cochin Special Economic Zone Authority (CSEZA) is an authority created under Special Economic
Zone Act, 2005. It functions as an infrastructure facilitator of the Zone by assuming the role of a
Developer of the Zone. CSEZA distributes power and water required by the industries in the Zone. It
also manages a common effluent treatment plant within the Zone. CSEZA has appointed WAPCOS
Limited, A Government of India Undertaking under the Ministry of Water Resources, River
Development and Ganga Rejuvenation as ‘Owner’s Engineer’.
Government of Kerala granted Power distribution license to CSEZ vide G.O.(Rt)No.118/02/PD dated
20.06.2002. On obtaining NOC from the KSERC, vide their letter No.KERC/CSEZ/2/71/2005 dated
01.01.2005, CSEZ started power distribution inside the Zone w.e.f. 01.05.2005. The basic objective
of this NIT is to enable distribution of uninterrupted power in the Zone through a pre-paid energy
management system.
WAPCOS intends to select an agency for O&M of 66KV/110KV EHT Substation, Power
Distribution System in CSEZ in an efficient manner through engagement of reputed agencies having
relevant experience. The successful agency should enter into an agreement with WAPCOS Limited
for O&M of 66KV/110KV EHT Substation, Power Distribution System.
2. GENERAL OBJECTIVES
The Operation, Maintenance and Management envisages all the required tasks to ensure:
Most efficient, effective and optimum usage of electrical system.
Regular operation and maintenance of equipments.
Compliance of safety rules and regulations.
Preventive maintenance / scheduled maintenance.
Break down maintenance.
Maximum service to consumers for maintaining uninterrupted power supply.
Maintenance of proper records of operation and maintenance (Log book, registers, check list etc as
in practice).
Preparation of reports and monitoring of power consumption
Assisting WAPCOS/CSEZ in expansions and modifications
Assisting WAPCOS for monitoring and trouble shooting of Electricity meters and

associated works
3. ELIGIBILITY CRITERIA
While submitting the proposal, the applicant shall ensure that the applicant meets the conditions of
eligibility described below:
The selected agency should have minimum manpower and facilities as detailed elsewhere in this
document and have the capability to provide additional manpower as and when required by
WAPCOS.
JV/Consortium bids will not be allowed.

4.0 GENERAL CONDITIONS OF CONTRACT


4.1 Validity of offer
The offer shall be valid for a period of ninety days from the date of submission.
4.2 EMD and cost of Tender Document
Contractor/Agency shall submit an EMD and cost of Tender Document as specified in the Tender
Notice by Demand Draft from any Scheduled Bank drawn in favour of WAPCOS LTD payable at
Cochin. The EMD of unsuccessful tenderers will be re-funded.
4.3 Rates
The rates quoted shall include all the taxes, PF, ESI, etc. All the personnel employed by the
Contractor should have PF account and ESI. Necessary proof shall be produced in the office of
WAPCOS LTD. Statutory obligations like ESI, Provident Fund, Insurance, Medical expense/claim due
to any accidents etc., of the personnel employed by the

Contractor/Agency shall be met by the Contractor, and WAPCOS LTD./CSEZA shall not be held
liable nor responsible for any such defaults. TDS shall be deducted from the Contractor's bills as per
rules. The rates shall be firm for the period from the date of the award of contract till the
completion of O&M works as per agreement and no escalation whatsoever will be allowed
during this period.
4.4 Agreement
The selected agency will have to sign an agreement with WAPCOS Limited as per the format
specified in Annexure B. The agreement is non-exclusive in nature. The agreement shall not restrict
WAPCOS/CSEZA from contracting for identical or similar services from any other person/party.
Duration of agreement: This agreement shall initially be valid for a period of the contract from 1 st
day of April 2017 for thirty one months which may be extended for an additional period unless as
provided herein revoked earlier for whatever reasons. If at any stage during the tenure of this
agreement, it comes to the notice of WAPCOS, directly or through some other complaint, that the
O&M agency had misrepresented the facts or submitted any false information or hidden any
information, which could have affected the signing of this agreement with the O&M agency, this
agreement shall stand terminated immediately upon intimation to the O&M agency. On completion
of the tenure of the agreement, the O&M agency shall hand over all the materials belonging to the
Client or to the Client‟s representative and the O&M Agency shall remove all materials belonging to
them including workforce from the site without any delay. However, the O&M agency shall continue
to discharge their responsibilities on the same terms and conditions till the next O&M agency takes
over.
Restrictions on Transfer agreement: The O&M agency shall not assign or transfer its right in any
manner whatsoever under this agreement to a third party or enter into any agreement for sub-
contracting and/or partnership relating to any subject matter of the agreement to any third party either
in whole or in any part i.e. no sub-contracting/partnership/third party shall be created without the
prior written consent of WAPCOS/CSEZA.
Liability: Except as provided in this Agreement, hereinbefore, WAPCOS shall not be liable to the
O&M Agency by virtue of termination of this agreement for any reason whatsoever for any loss or
profit or on account for any expenditure, investment, leases, capital improvements or any other
commitments made by the other party in connection with their business made in reliance upon or by
virtue of this Agreement.
Suspension, Revocation or Termination of agreement
WAPCOS on behalf of CSEZA reserves the right to suspend the operation of this agreement, at any
time, due to change in its own license conditions or upon directions from the competent
government authorities. In such a situation, WAPCOS/CSEZA shall not be responsible for any
damage or loss caused or arisen out of aforesaid action. Further, the suspension of the agreement
will not be a cause or ground for extension of the period of the

agreement and suspension period will be taken as period spent. During this period, no charges shall
be payable by WAPCOS/CSEZA.
WAPCOS may, without prejudice to any other remedy available for the breach of any conditions of
agreement, by a written notice of one months issued to the O&M agency at its registered office,
terminate / or suspend this agreement under any of the following circumstances:
a) The O&M agency failing to perform any obligation(s) under the agreement.
b) The O&M agency failing to rectify, within the time prescribed, any defect as may be pointed out
by WAPCOS/CSEZA.
c) Non-adherence to undertakings which CSEZA has committed to consumer.
d) The O&M agency going into liquidation or ordered to be wound up by competent authority.
Either party may terminate the agreement, by giving notice of at least one month in advance. The
effective date of surrender of agreement will be one month counted from the date of receipt of such
notice by the other party or the authority that signed the agreement on behalf of other party.
If the O&M agency is wound up or goes into liquidation, it shall immediately (and not more than a
week) inform about occurrence of such event to WAPCOS in writing. In that case, the written notice
period can be reduced by WAPCOS as deemed fit under the circumstances. WAPCOS may also
either decide to issue a termination notice or to continue the agreement by suitably modifying the
conditions, as it feels fit under the circumstances.
It shall be the responsibility of the O&M agency to maintain the agreed quality of service, even
during the period when the notice for surrender/termination of agreement is pending and if the quality
of performance is not maintained, during the said notice period, it shall be treated as material breach
liable for termination at risk and consequent of O&M agency and Security Deposit shall be forfeited,
without any further notice.
Whenever breach of non-fulfilment of agreement conditions may come to the notice of WAPCOS
through complaints or as a result of the regular monitoring, wherever considered appropriate
WAPCOS may conduct an inquiry either suo-moto or on complaint to determine whether there has
been any breach in compliance of the terms and conditions of the agreement by the O&M agency or
not. The O&M agency shall extend all reasonable facilities and shall endeavour to remove the
hindrance of every type upon such inquiry.
Actions pursuant to Termination of Agreement: Notwithstanding any other rights and remedies
provided elsewhere in the agreement, upon termination of this agreement.
a) O&M Agency shall not represent the WAPCOS/CSEZA in any of its dealings.
b) O&M Agency shall not intentionally or otherwise commit any act(s) as would keep a third party to
believe that it is still the WAPCOS/CSEZA‟s service provider.
c) The expiration or termination of the Agreement for any reason whatsoever shall not

affect any obligation of either Party having accrued under the Agreement prior to the expiration of
termination of the Agreement and such expiration or termination shall be without prejudice to any
liabilities of either Party to the other Party existing at the date of expiration or termination of the
Agreement.
4.5 Security Deposit
The successful bidder has to submit an Initial Security Deposit of amount equal to the 2.5% of the
awarded value (including EMD) by way of DD from any Scheduled Bank in favor of WAPCOS Ltd,
Cochin within 7 days of receipt of the work order and WAPCOS Ltd. shall deduct additional Security
Deposit of 2.5%. The same shall be deducted equally in the running bills, which will alongwith the
amount of initial security deposit already deposited, amount to 5% of the gross amount of the bill.
The Security Deposit will be refunded after satisfactory completion of contract period.
4.6 Payment
The Contractor / Agency shall submit the bills at the end of every month and payment will be made
within 30 (thirty) days of receipt of the bill subject to verification of attendance. All the applicable
taxes and duties will be deducted from each bill. No advance payment of fees shall be admissible
except in exceptional cases such as procurement of high value items.
Penalty for error/variation: In case any error or variation than what was intended for is detected in the
work executed by the O&M Agency and such error or variation is the result of negligence or lack of
due diligence on the part of the O&M Agency, the consequential damages thereof shall be quantified
by WAPCOS/CSEZA in a reasonable manner and recovered from the O&M Agency from payments
due to them by way of penalty, subject to a maximum of 50% (fifty percent) of the fee for the
respective work. However, if the O&M Agency submits justification for the variation to the
satisfaction of WAPCOS/CSEZA, then the penalty shall not be imposed.
4.7 Conveyance
The Contractor shall provide necessary conveyance to his personnel for easy movement inside the
zone, local material purchases etc. Necessary expenses towards maintenance of the vehicle also shall
be considered in the rates.
4.8 Insurance for Contractor‟s personnel
The Contractor/Agency shall maintain accident insurance (Group) policy for all the personnel
employed by him in the Zone. Necessary proof of this shall be produced to WAPCOS LTD./CSEZA
authorities for verification. Statutory obligations like payment of PF, ESI of the personnel employed
shall also be the responsibility of the Contractor/Agency and WAPCOS LTD./CSEZ shall not be held
responsible for any failure by the Agency on these counts.

4.9 Removal of an employee from duties


The service provided by each person engaged by the Contractor/Agency shall be satisfactory to
WAPCOS LTD./CSEZA. If WAPCOS LTD./CSEZA intimates the Contractor/Agency regarding
misconduct, incapability, delay in discharging duties or non-performance of any personnel employed
by the Contractor, he shall be removed from his duties in the CSEZA and the Contractor/ Agency
shall provide suitable substitutes immediately.
4.10 Assignment
The rights and obligations arising out of this agreement shall not be assigned or transferred to a third
party without prior written consent of either party.
4.11 Completion of tenure
On completion of the tenure of the agreement, if not renewed, the Contractor/Agency shall handover
all the materials belongings to CSEZA to WAPCOS LTD./CSEZA representative and the Contractor
shall remove all materials belonging to him including the workforce without any delay. However, the
Contractor shall continue to discharge their responsibilities till the next Contractor takes over the duty
and the Contractor shall train the staff of the new Contractor.
4.12 Force Majeure
If performance by either party of its duties and obligation under this agreement is prevented or
delayed by circumstances of force majeure including, but not limited to fire, flood, earthquakes,
strike, war, riots, insurrection, any action undertaken or restriction imposed by authority of any
Government agency of court, shortage of equipment or raw materials or any other act beyond its
reasonable control, the time within which the affected party must perform shall be delayed for a
period under such circumstances to a maximum of 120 days during which the parties shall use
alternate methods, but after which period either party shall have the right to terminate the agreement.
Determination of this agreement shall not relieve either party from the payment of the sum or
performance of other duties and obligations, which may be owing to the other, as a result of the
operation of this agreement prior to such termination.
4.13 Termination
Notwithstanding anything contained herein, either party to this agreement shall have the right to
terminate this contract by giving the other party 30 days notice in writing. If the service of the
Contractor/Agency is found to be not satisfactory, the contract will be terminated with one months
notice and the Contractor/Agency will not be eligible for any compensation on this account.
4.14 Settlement of Disputes
In the event of any question, dispute or difference arising under this agreement or in connection
there-with (except as to the matters, the decision to which is specifically provided under this
agreement), the same shall be referred to the sole arbitration by a person appointed by the CMD,
WAPCOS. The arbitration will be in accordance with the Arbitration and Conciliation Act 1996 and
subsequent amendments till date.

The award of the arbitrator shall be final and binding on both the parties to the agreement. In the
event of such an arbitrator to whom the matter is originally referred, vacating his office or being
unable to act for any reason whatsoever, the CMD, WAPCOS shall appoint another person to act as
an arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled
to proceed from the stage at which it was left out by his predecessors.
The arbitrator may from time to time with the consent of both the parties enlarge the time frame for
making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996
and the rules made there under, any modification thereof for the time being in force shall be deemed
to apply to the arbitration proceeding under this clause. The venue of the arbitration proceeding shall
be at Delhi or such other places as the arbitrator may decide. Courts at Delhi shall have exclusive
jurisdiction with respect to any matter arising out of or in relation to such arbitration proceedings.
4.15 Compensation Clause
If the O&M Agency is engaged to execute any project based on a separate work order, the WAPCOS
shall be entitled to include a clause for liquidated damages as under: Should the O&M agency fails to
deliver its responsibilities within the period prescribed and agreed, WAPCOS without prejudice to
other remedies available to it, shall be entitled to recover liquidated damages for breach of contract
without any necessity to prove the same, a sum equivalent to 0.5% of the value of the work for each
week of delay or part thereof for a period up to 10 (Ten) weeks, and thereafter at the rate of 0.7% of
the value of the delayed commissioning for each week of delay or part thereof for another TEN
weeks of delay. The O&M Agency should acknowledge that the said amount represents reasonable
compensation as it is difficult to prove the quantum of damages that will be suffered by
WAPCOS/CSEZA. The total value of the liquidated damages as per above shall be limited to a
maximum of 12% (Twelve percent) i.e. LD shall be levied up to 20 weeks only. However, in case of
delay due to reasons beyond the control of the O&M Agency, suitable extension of time shall be
granted.
Non-adherence to Service Level Agreement (SLA), which CSEZA has committed to consumer:
CSEZA may also deduct the amount at actual which CSEZA may be required to pay to consumer on
account of non-adherence to SLA, from O&M agency‟s balance payment or security deposits, if due
to failure on the part of O&M agency, CSEZA could not meet the SLA conditions.
Without prejudice to its rights and any other remedy, WAPCOS may en-cash PBG in case of any
breach of terms and conditions of the agreement or in case of business loss suffered by
WAPCOS/CSEZA due to failure of service on the part of O&M agency.

4.16 Confidentiality of Information & Intellectual Property:


Subject to conditions contained in this Agreement, the O&M agency shall take all necessary steps to
safeguard the privacy and confidentiality of any information about WAPCOS/CSEZA and its
consumers from whom it has acquired such information by virtue of the service provided and shall
use its best endeavors to secure that:
No person acting on behalf of the O&M agency or the O&M agency itself divulges or uses any such
information except as may be necessary in the course of operation, maintenance and management of
the power distribution system.
No person seeks such information other than is necessary, for the purpose of commissioning of any
project in relation to power distribution.
Provided, the above para shall not apply where WAPCOS/CSEZA has consented in writing to such
information being divulged or used and such information is divulged or used in accordance with the
terms of that consent; or the information is already open to the public.
The O&M agency shall take necessary steps to ensure that the O&M agency itself and any person(s)
acting on its behalf observe confidentiality of client/consumer information.
The O&M agency shall, prior to commencement of this agreement, confirm in writing to
WAPCOS/CSEZA that the O&M agency has taken all necessary steps to ensure that it and its
employees shall observe confidentiality of customer information.
This clause shall survive the termination or expiry of this Agreement.
Intellectual Property: The intellectual property rights of any solution/software offered to and
implemented by WAPCOS/CSEZA and all documents, raw data, research, processes, technology,
film, artwork, engravings, dies, paper tapes, magnetic media, programs, designs and inventions
(collectively referred to as the “information”) conceived of, collected, completed or produced in the
course of performance of the contract by the O&M agency, for CSEZA or provided to the O&M
agency by CSEZA shall be the exclusive property of CSEZA and shall be kept confidential.
The O&M agency, including all personnel shall not disclose, divulge, share, discuss, lend, license or
sell to any third party any information, data, databases, documents, software, proprietary information,
taxpayer information or technical material supplied to or by WAPCOS/CSEZA in the performance of
the Agreement.
The Agency shall not retain any information related to this agreement, in any medium, and shall
return all copies. All materials prepared at the request of and for WAPCOS/CSEZA shall remain the
property of WAPCOS/CSEZA except with the

written consent.
Neither party will use the other party‟s name nor marks, refer to or identify the other party in any
advertising or publicity releases or promotional or marketing correspondence to others without such
other party‟s written approval.
Indemnification
The O&M agency agrees to protect, defend, indemnify and hold harmless WAPCOS/CSEZA and its
employees, officers, directors, agents or representatives from and against any and all liabilities,
damages, fines, penalties and costs (including legal costs and disbursements) arising from or relating
to:
a) Any breach of any statute, regulation, direction, orders or standards from any governmental body,
agency or regulator applicable to such party;

b) Any breach of the terms and conditions in this agreement by the O&M agency.

c) Any claim of any infringement of any intellectual property right or any other right of any third
party or of law by the O&M agency;

The O&M agency shall be fully responsible for the employment and payment of wages to its
employees and shall fully comply with all laws, rules, regulations, notifications, directions orders etc.
of the Govt. whether Central, State, Local or Municipal relating to such employment, payment of
wages etc. and all others matter connected therewith and hereby indemnifies and agrees to continue
indemnifying WAPCOS/CSEZA in this regard.
The employees of the O&M Agency shall have no right for employment either with the Client during
the pendency of the agreement or after, or with O&M Agency. The personnel employed by the O&M
Agency shall at all times be employees of the O&M Agency and all statutory dues to and obligations
and liabilities in respect of such employees shall be promptly paid and discharged by it.
Notwithstanding their responsibility to comply with any directions or instructions given by the Client,
the personnel employed by the O&M Agency will not, for any purposes whatsoever, be treated or
deemed to be employees of Client or have any claim or right whatsoever for employment with the
Client and the Client will have no obligations or liabilities whatsoever in relation to any of them or in
respect of anything done or omitted to be done by any of them
This clause shall survive the termination or expiry of this Agreement.
Relationship: Each party understands that it is an independently owned business entity and this
Agreement does not make it, its employees, associates or agents as employees, agents or legal
representatives of the other party for any purpose whatsoever. Neither party has express or implied
right or authority to assume or to

undertake any obligation in respect of or on behalf of or in the name of the Other Party or to bind the
Other Party in any manner. In case, any party, its employees, associates or agents hold out as
employees, agents, or legal representatives of the other party, the former party shall forthwith upon
demand make good any/all loss, cost, damage including consequential loss, suffered by the other
party on this account. However, on a written consent from the WAPCOS/CSEZA, the O&M agency
may represent WAPCOS/CSEZA.
4.17 Jurisdiction
Any dispute connected with this contract shall fall within the jurisdiction of Courts at Delhi.
5 SPECIAL CONDITIONS OF THE CONTRACT
Provisioning of Service
Whenever O&M agency proposes to source equipments from any new vendor then the O&M agency
should provide letters of support from that OEM (Original Equipment manufacturer) stating that their
products / solution as proposed by them will be supported for at least next one year, extendable to
three years.
Maintenance support
The O&M agency shall provide to WAPCOS/CSEZA 24 hours, 7 days a week service. The
consumers can register complaints to O&M agency directly, which shall be attended by the O&M
agency without delay. For emergency case specifically for situation where critical equipment or part
of network is down, the O&M agency shall ensure that the consultation, assistance, advice and
execution of work within minimum time period or as specified in standard of performance. In other
cases, the complaint must be attended not later than specified in standard of performance.
The O&M agency shall source spares directly from the Original equipment manufacturer to address
any equipment related problem within 12 hours in the same city and within shortest time for
outstation site.
The O&M agency will depute appropriate resources to monitor and manage the progress of the
project.
The O&M agency shall carry out periodical preventive visit to Substations and other utilities.
Any sum of money due and payable to the O&M agency shall be appropriated by WAPCOS and the
same may be set off against any claim of WAPCOS for payment of a sum of money arising out of this
Agreement or under any other Agreement / contract made by the O&M agency with WAPCOS.

The liability to insure the spares and tools, if any, in the possession of the O&M agency will be of the
O&M agency and the liability for any loss or damage due to any fire, burglary, theft, etc. will be that
of the O&M agency.
WAPCOS/CSEZA reserves the right to engage the O&M agency on mutual terms and conditions for
various support systems as agreed between the parties for improving and providing support, either
fully or partially such as:
a) Single window interface for all its requirements for provisioning and operation.
b) Fast provisioning of the services.
c) Reliable quality services during operations.
d) In case of fault, attending the same within reasonable period of time and with desired promptness.
e) For providing improved services to customers.

Charges:
The charges by the WAPCOS/CSEZA for the services are the sole prerogative of the
WAPCOS/CSEZA and the O&M agency shall not represent to consumers any charges other than
those as prescribed by the statute and approval of CSEZA for charging to the Services.
If any specific decisions taken by the WAPCOS/CSEZA is for a particular case only, then the O&M
agency is not authorized to quote the same to other parties unless and until the same has been
authorized by WAPCOS / CSEZA.
Obligations of WAPCOS/CSEZA
WAPCOS/CSEZA shall -
▪ Facilitate entry pass to all staff and personnel of the agency
▪ Ensure timely payment as specified elsewhere in this NIT.

6. SCOPE OF SERVICES
Scope of services in general shall cover the following:
Operation and Routine Maintenance of 110 kV Substations. Co-ordination with SLDC/KSEB for
proper energy transfer, avoidance of shutdown /outage. Open Access Energy Account
Operation & Maintenance of HT and LT power distribution network etc. inside the zone.
Operation and maintenance of street lighting system and SPV system inside the zone.
Operation and maintenance of OG sets.
Maintenance of Electrical system in Administration building. intake well pump house, Gate house,
canteen, dispensary, SOF buildings, WTP, CETP, Fire Pump houses etc. This shall include routine
maintenance works as well as
planned preventive maintenance works & break down works.
Providing new HT & LT service connections and associated works inside CSEZ. All works
associated with connections and trouble shooting of the electricity metering system for smooth
monitoring and management of electricity billing system shall also be supported by the
Contractor/Agency.
Assisting WAPCOS/CSEZ officers in activities related with power distribution system, logging
and retrieving data regarding power consumption and history. Taking energy meter readings of DG
Sets installed by CSEZ as well as various units inside CSEZ and recording the same in log
books/registers. Recording Energy meter readings of solar power plants.
All activities associated work in connection with Revenue collections (disconnection and
reconnection).
Sealing of Tariff Energy meters and maintaining register for the same.
Logging of power consumption parameters and logging in substation registers. Recording all
routine, preventive and break down maintenance details in substation registers including details of
trouble/ defect reported, root cause, action/rectification works done, time taken for repair/rectification
works, spares/ materials used etc.
Upkeep and cleaning of substation building and all electrical rooms, Lift machine rooms, generator
rooms, Bus riser cabins etc.
The details are as follows:
Shift Engineer / Station Engineer will be mainly responsible for the following:
Operation of 110 kV Substation
Switching ON and Switching OFF of 110 kV SF6 Circuit Breakers, 110 jv Isolators, 11 kV
incoming and Outgoing breakers, MV Panel, Yard Lights etc. as and when required according to load
requirements, instructions from KSEB authorities, requirements of consumers and instructions from
WAPCOS Ltd.
Maintaining records of all the operations and records of loads such as voltage, current, power
factor frequency, connected load, energy consumption on hourly/daily basis.
Maintaining records of power failures with reasons.
Observing the yard and control room continuously and report any problem or faults to the
WAPCOS/CSEZ.
Maintaining records of maintenance.
Changing the taps of transformers as and when required.
Co-ordination with operators in KSEB Substations at Brahmapuram and Kalamassery for efficient
and reliable operation of 110kV Substation.
Attending the faults and restoration of the power supply without delay.

Sub Engineer-Distribution will be responsible for the following works:


Operation and maintenance of HT and LT distribution network.
Switching ON and switch OFF of any feeder as and when required for maintenance and emergency
purposes.

Switching ON and OFF power supply to any consumer as and when required.
Switching ON and OFF of street lights, Pump house supply etc. as and when required.
Taking preventive maintenance such as maintenance/replacement of defective insulators, lightning
arrestors, cables, transformers, AB switches, transformer oil, RMUs, Feeder Cubicles, Distribution
Panels etc.
Attending the faults and restoration of the power supply without delay.
Monitoring and maintaining energy meter sealing system and maintaining registers.
Assisting and coordinating for any energy meter/ modem related activities/correction etc.
Activities in connection with new power connections as well disconnections and proper recording.
Operation and maintenance of HT and LT Services connections
Switching ON and OFF of controlling switch gear of CSEZ (Supplier) at the premises of consumer
as per requirement of consumer/CSEZ.
To attend any power failure/defect calls of consumer to the satisfaction of consumer.
To maintain a record of operations and maintenance of HT/LT service connections.
Assisting WAPCOS for monitoring and trouble shooting of Electricity meters and associated
works.

Effecting new service connection


Providing new connections as per instructions from concerned WAPCOS/CSEZA officer after
checking all terminations, circuits, insulation value, earth reading etc. All works associated with
connections and trouble shooting of the electricity metering system for smooth monitoring and
management of electricity billing system shall also be supported by the Contractor/Agency
Maintenance of Electrical installation in CSEZ Buildings
Maintenance activities of Electrical installations in Administrative building, Gate House, Dispensary,
Canteen, Intake well, CETP, WTP, Pump House, SOF Buildings, street lighting, Fire pump houses etc.
This includes replacement of lamps, cleaning and upkeeping of light fixtures, fans, panel boards,
transformers, AB switches, LAs, DO fuses, street lighting etc., transformer oil level checking, silica
gel dehydrating, checking the nuts and bolts for tightness of all connections in LOB, panels,
transformer OP structure etc.

Operation and maintenance of DG Set


Operation and Maintenance of 2 nos OG Sets of capacity 125 kVA and 1 no. OG set of100 kVA shall
be done as and when required. This includes switching ON and switching OFF the generator
whenever power failure occurs and restored respectively. Checking of oil level, water, fuel etc.
Changing engine oil periodically, maintaining records of generator operation in prescribed format,
(log book) checking of loads connected to generator to avoid any over loading, checking connections
to generator periodically for tightness, over heating etc., maintaining OG room as per relevant
standards, reporting abnormalities to the concerned WAPCOS/CSEZ. Monitoring OG set energy
meter readings and recording. Monitoring and recording Solar Power generation readings and
recording.
Minimum Personnel Station/Shift Engineer 4 Nos. one in each shift, 3
to be Engaged: (Substation) shifts in a day
Qualification &
Experience of
Employees 1.
Qualification Bachelor Degree in Electrical Engineering
Experience 3 years experience in O&M of 110kV
Substation
2. Electrical Assistant 5 Nos., One in each shift, 3
shifts in a day plus 1 in day
shift
Qualification Electrician (ITI/ITC Certificate Holder)
Experience 2 years experience in Substation
operations/11 kV/LT distribution
3. Sub Engineer - One in day shift
Distribution
Qualification Diploma in Electrical Engineer
Experience 5 years experience in Maintenance of
11kV/LT Substation
Electricians & Helpers As required to attend the maintenance Works
and other works as covered in the as per this
tender document. Required number of
electricians & helpers to cover the scope of
work and no extra payment will be given for
the same.
Note:-
1. The contractor shall provide the manpower regularly as stipulated above.
2. Additional Labour shall be supplied as and when required for executing Major Maintenance works
& Emergency Works (Other than the normal Operation and maintenance works) as per the rates
furnished by the bidder in Annexure D.

3. The bidder shall submit along with the bid, the details of qualifications and experience of the
minimum personnel as stipulated. If there is non-compliance of the same with respect to tender
requirements, such bids are liable to be rejected. Also in the event of successful awarding of
Contract, the contractor shall ensure availability of the specified manpower at nil limes. In case of
non maintenance non availability of required minimum personnel, noticed, the amount payable will
be subjected to modification accordingly on pro-rata basis.

4. All the above specified minimum personnel shall be available at site including all holidays and
Sundays. If the Contractor has to sanction leave to any of the above minimum personnel, alternate
persons shall be provided by contractor as leave replacement, without any extra cost to
WAPCOS/CSEZA.

Important Note Common to All


Failure to comply with the scope of work, or not undertaking the works as directed by the Team
Leader, WAPCOS shall have the right to get it done through other agencies, and the cost towards the
same will be deducted from the monthly payment due to the contractor.
7. INSTRUCTIONS TO BIDDERS
Submission of Tender
Tender document can be downloaded from the web site www.csezauthority.in.
Separate Demand Draft of ` 5,000/- (cost of Tender document) and EMD payable at Cochin, drawn
on any nationalized /scheduled Bank, in favour of WAPCOS Limited should be submitted along with
the downloaded Tender Document. The fee for the tender is neither transferable nor refundable. The
details of the tender fee should be clearly mentioned in the tender.
All costs & expenses associated with submission of tender shall be borne by the company submitting
the tender and WAPCOS shall have no liability in any manner in this regard or if it decides to
terminate the process of short-listing for any reason whatsoever.
While submitting the Qualification cum technical proposal, the applicant shall ensure that the
applicant meets the conditions of eligibility described in the NIT.

Failure to comply with the requirements spelt out in NIT shall make the proposal liable to be rejected.
WAPCOS/CSEZA reserves the right to verify all statements, information and documents submitted
by the applicant in response to the NIT. Failure of the WAPCOS/CSEZA to undertake such
verification shall not relieve the applicant of its obligations or liabilities hereunder nor will it affect
any rights of WAPCOS/CSEZA thereunder.
The tender shall be submitted by the bidder duly signed on each page of the tender document. In case
the proposal is submitted on the document downloaded from official website, the bidder shall be
responsible for its accuracy and correctness as per the version uploaded by WAPCOS/CSEZA and
shall ensure that there are no changes caused in the content of the downloaded document. In case of
any discrepancy between the downloaded or photocopied version of the NIT and the original NIT
issued by the WAPCOS/CSEZA, the latter shall prevail.
The right to suspend the short-listing process or part of the process to accept or reject any or all
applications at any stage of the process and / or to modify the process or any part thereof at any time
without assigning any reason therefore is reserved by WAPCOS/CSEZA without any obligation or
liability whatsoever.
The application will be sealed in an outer envelope which will bear the address of WAPCOS, NIT
notice No., O&M Agency name and the name and address of the applicant. It shall bear on top, the
following:
“NIT-For selection of O&M agency for 66KV/110KV EHT Substation, Power Distribution
System in CSEZ. Do not open, except in presence of the Authorised person” and addressed to:
Team Leader, WAPCOS Limited, Cochin Special Economic Zone Project Office, Kakkanad -
682 037
The tender should contain the following documents.
✓ Tender as per the Performa in Annexure A with specified documents attached as annexure
✓ Tender fee and EMD in the form of DD
✓ A copy of the NIT signed, in the bottom of all pages as a token of acceptance of all terms and
conditions.

If the envelope is not sealed and marked as instructed above, WAPCOS/CSEZA assumes no
responsibility for the misplacement or premature opening of the contents of the Proposal submitted.
(i) The aforesaid outer envelope will contain two separate sealed envelopes, one clearly marked
„Qualification cum technical Proposal‟ and the other clearly

marked „Financial Proposal‟. The envelope marked “Qualification cum technical Proposal”
alongwith tender fee and EMD shall contain the tender in the prescribed Forms at Annexure-C.
(ii) The envelope marked “Financial Proposal” shall contain only the financial proposal in the
prescribed format at Annexure-D.
The Proposal shall be made in the Forms specified in this NIT. Any attachment to such Forms must
be provided on separate sheets of paper and only information that is directly relevant should be
provided. This may include photocopies of the relevant pages of printed documents.
The rates quoted shall be firm throughout the period of performance of the assignment and discharge
of all obligations of the O&M Agency under the Agreement.
Financial Proposal: Applicants shall submit the financial proposal in the Forms at Annexure–D
clearly indicating the total cost of the assignment in both figures and words, in Indian Rupees, and
signed by the Applicant. In the event of any difference between figures and words, the amount
indicated in words shall be taken into account. In the event of a difference between the arithmetic
total and the total shown in the Financial Proposal, the lower of the two shall be taken into account.
While submitting the Financial Proposal, the Applicant shall consider the following:
(i) All the costs associated with the assignment shall be taken into account in the Financial Proposal.
These shall normally cover remuneration for all the Personnel, all administrative expenses (telephone
charges, printing of documents, photocopying expenses, local travel expenses, taxes etc.) and all
maintenance/modification work as detailed in normal scope of services in this NIT.

The amount indicated in the Financial Proposal shall be without any condition attached or subject to
any assumption, and shall be final and binding. In case any assumption or condition is indicated in
the Financial Proposal, it shall be considered non-responsive and liable to be rejected.
(ii) The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance
of doubt, it is clarified that all taxes shall be deemed to be included in the Financial Proposal. Further,
all payments shall be subject to deduction of taxes at source as per applicable laws.

(iii) The above is a lumpsum contract and the successful bidder shall not be entitled to any
additional payment whatsoever including reimbursement of expenses of whatsoever nature. However,
travel expenses outside Ernakulam District made with the approval of WAPCOS/CSEZA shall be
reimbursed by WAPCOS/CSEZA on actual basis.

(iv) No escalation on any account will be payable on the above amounts.

(v) All payments shall be made in Indian Rupees.


Bids received by WAPCOS after the specified time on the due date shall not be eligible for
consideration and shall be summarily rejected.
In exceptional circumstances, WAPCOS may request the bidder„s consent for an extension to the
period of bid validity. The request and the response thereto shall be made in writing. A bidder
accepting the request and granting extension will not be permitted to modify his bid.
WAPCOS is not bound to accept any NIT and reserve the right to accept or reject any NIT, and to
annul the selection process and reject all NITs at any time prior to the award of the selection without
assigning any reason(s) whatever and without thereby incurring any liability towards the affected
participant(s) on this ground.
8. Declaration

I/We have completely read and hereby accept the scope of work, requirements, terms & conditions
and agree to operate and maintain the Power Distribution System alongwith 66KV/110KV EHT
Substation, supplying regular staff and supply additional labour whenever required for break down,
maintenance and preventive maintenance as stipulated in relevant heads in the tender document to the
satisfaction of WAPCOS LTD./CSEZA at the above rates till the duration of work.
Signature of Tenderer with seal
SECTION - III
ANNEXURE – A
CHECK LIST Part A General Information
1 Name of the company
Type of incorporation (Public Limited, Private Limited)
2 Address of the registered office
of the company
3 Year incorporated
4 Address for communication
5 Contact person
6 Name
7 Designation
8 Phone No.
9 Fax No.
10 Mobile No.
11 Email address
Part B Details of tender fee
Amount of draft `……………./-
1 Issue date
2 D D No.
3 Name of the bank
4 Branch
Part C Details of EMD
1 Issue date
2 Amount `.
3 D.D. No.
4 Name of the bank
5 Branch

ANNEXURE – B
AGREEMENT PROFORMA
(To be furnished on ` 100/- stamp paper)
To be executed on non-judicial stamp worth `.100/- and continuation sheets on ledger papers and two
copies on ordinary paper to be submitted neatly type-written sheets on one side of the paper in single
line spacing.
AGREEMENT
THIS AGREEMENT IS MADE on this …………… day of ……………….. 2017 BETWEEN
WAPCOS Limited, A Government of India Undertaking, having its office at 76-C, Sector-18,
Gurugram, Haryana – 122 015 represented by its Chief Scientist, ________ S/o………………….,
aged …………… years residing at ……………………………..(hereinafter referred to as the
„WAPCOS‟ or „Client‟ which expression shall, unless repugnant to the context or meaning thereof,
includes its successors and assigns) of one part and
M/s……………………………………………………………., , a company incorporated under the
Indian Companies Act, 1956, having its registered office at ………………………… represented by
…………………………………………………,………………………………….. (Designation),
aged ………………years, S/o…………………………….. residing at …………………………..
(hereinafter referred to as „O&M Agency‟ which expression shall, unless repugnant to the context or
meaning thereof, includes its successors, administrators, liquidators and assigns or legal
representatives) of the other part.
WHEREAS the Client invited NIT for “Operation and Maintenance (O&M) of 66KV/110KV EHT
Substation, Power Distribution System in CSEZ” for a period of thirty one months starting from
01.04.2017 vide NIT No.: WAP/H-3082/CSEZ/O&M/POWER/2017 dated 03.03.2017 and the O&M
Agency submitted a bid for the same giving rates/amounts accepting the terms and conditions of the
NIT document.
AND WHEREAS the said bid submitted by the O&M Agency has been accepted by the Client vide
Letter of Acceptance No…………………………… dated ………………………… issued to the
O&M Agency while accepting their offer.
NOW THIS AGREEMENT WITNESSETH and the parties hereby agree as follows:
1. The bid submitted by the O&M Agency for the scope of services/work specified in the NIT at the
rates/amounts specified in consideration of all the terms and conditions in the NIT is accepted.
2. It shall be valid for a period of three years from the date of signing unless

revoked earlier. Further extensions will be considered as per the provisions of NIT.
3. The O&M Agency agreed to abide by and fulfill all the terms and provisions of the said conditions
of contract in default thereof forfeit and pay to WAPCOS the sum of money mentioned in the said
conditions.
4. It is mutually agreed that the offer in its entirety shall form part of this agreement. Apart from the
offer, the following shall also form part of the agreement.
a) M/s…………………………. letter No. ………… dated ……………… enclosing the offer,
requisite details for satisfying the minimum qualification criteria. (Attachment – I)
b) WAPCOS‟s Letter of Acceptance No………………. dated ………………. (Attachment – II)

c) Acceptance of Letter of Acceptance by M/s………………………………… letter No.


……………… (Attachment – III)
MEMORANDUM
a. General description of work:

Operation and Maintenance (O&M) of 66KV/110KV EHT Substation, Power Distribution System in
CSEZ for a period of thirty one months
b. Accepted contract amount Rs.
c. Security Deposit Rs.
d. Time allowed for

commencement of service 15 days from the date of issue of LOA


e. Contract period From ………….. to ……………………..
f. Schedule ………… sheets

IN WITNESS WHEREOF ON BEHALF OF THE O&M AGENCY, and on behalf of WAPCOS


Limited, the Chief Scientist has set his/her hand and seal and common seal has been hereunto affixed
the day and year first written above.
On behalf of the O&M Agency
Signed, sealed and delivered by Shri………………………
(Common seal of M/s………………………………………….)
Signed and affixed seal of individual firm and common seal in the presence of :
1) Signature with address:
2) Signature with address:

On behalf of WAPCOS Limited


Signed, sealed and delivered
Signed and affixed seal of individual firm and common seal of WAPCOS Limited in the presence of:
1) Signature with address:

2) Signature with address:


ANNEXURE-C
(Date & Reference)
To,
*****
*****
*****
Sir,
QUALIFICATION CUM TECHNICAL PROPOSAL
(Form-1)
Covering Letter
(On Bidder‟s letter head)
Subject: Selection of O&M Agency for Operation and Maintenance (O&M) of 66KV/110KV
EHT Substation, Power Distribution System in CSEZ
I,__________ (Bidder‟s name) herewith enclose the Technical Proposal for above.
I agree that this offer shall remain valid for a period of 90 (ninety) days from the due date or such
further period as may be mutually agreed upon.
Yours faithfully,
(Signature, name and designation of the Bidder)
Note: The Qualification cum technical Proposal is to be submitted strictly as per forms given in the
NIT.
ANNEXURE-C
QUALIFICATION CUM TECHNICAL PROPOSAL
(Form-2)
Abstract of Name of Name of client Estimated cost
Eligible Work of project
Assignments (in `. Crore)
of the Firm
and areas of
experience#
Sl.
No.
1
2
3
ANNEXURE-C
(Form-3)
Eligible Assignments of Firm
Name of Firm:
Name of the Work:
Nature of Work
Description of services performed
by the company
Name of client and Address:
Name, telephone no. and fax no. of
client‟s representative:
Estimated capital cost of Work
(`. in lakh)
Start date and finish date of the
services (month/ year):
Brief description of the Work:
ANNEXURE-D
(Form-4)
Financial Capacity of Financial Year Annual Revenue (`. in
the Firm Sl. No. lakh)
1
2
3
ANNEXURE-D
FINANCIAL PROPOSAL
(Form-1)
Covering Letter
(On Applicant‟s letter head)
(Date and Reference)
To,
*****
*****
*****
Sir,
Subject: Selection of O&M Agency for Operation and Maintenance (O&M) of 66KV/110KV
EHT Substation, Power Distribution System in CSEZ
I,____________ (Bidder‟s name) herewith enclose the Financial Proposal for above.
I agree that this offer shall remain valid for a period of 90 (ninety) days from the due date or such
further period as may be mutually agreed upon.
Yours faithfully,
(Signature, name and designation of the Applicant)
Note: The Financial Proposal is to be submitted strictly as per forms given in the NIT.
ANNEXURE-D
FINANCIAL Item Description Rate (`.) /month Rate (`.) for
PROPOSAL Sl. No. 31 months
1 24 hours Operation and Maintenance of
66KV/110KV EHT Substation, Power
Distribution System in CSEZ and distribution
network and effecting new service
connections etc as detailed in scope of works
given in this tender document
Additional Labour
Supply of skilled Labour Unit Rate (`) per day
and unskilled
labour as and when
required for
undertaking major
maintenance works
and emergency
works (for
additional major
works, emergency
works, and special
works 0ther than
the normal
maintenance works
covered in the
scope). Sl. No.
1 Electrician Each for 1 shift
2 Unskilled labour Each for 1 shift
ANNEXURE-E
List of tools and testing instruments to be provided by the Contractor.
I. Testing Instruments
a. Insulation tester - 500 V 1 No.
b. Insulation tester - 1000 V 1 No.
c. Insulation tester with motorized/ 1 No. manual cranking facility 2 KV/5KV
d. Earth tester with testing kit complete 1 No.

Tong tester 0-800A 1 No.


(With different ranges and selector switch)
& Voltmeter 0-300V/600V (With range selector)
e. Phase sequence meter 2 Nos.
f. 1. Multimeter type (Digital) 1 No.

2. Multimeter type (Analog) 1 No.


g. Continuity tester 3 Nos.
h. Line tester 3 Nos.
i. Center zero voltmeter (DC) for battery testing 1 No.
II. Tools Set
1. Spanner set 1 set
a. Double 1 set
b. Box 1 set
c. Adjustable spanner 2 Nos.
2. Allen key set 1 set
3. Insulated cutting 2 each of each size
plier & nose plier
4. Screw driver of all 2 each of each size
sizes
5. Crimping (4-300 1 No.
sq.mm)
6. Crimping plier 1 No.
7 Hot air blower 1 No.
8 Hydraulic jack 1 No.
9 Cable rollers 1 No.
10 5kVA Welding set 1 No.
List of different installations made at CSEZ
o 110/11kV Substation having 2 nos of 12.5MVA Transformer
o 400 kVA Transformer
o 2 KVA Portable DG Set
In Garment Complex (SDF-16)
o 400 kVA Transformer (Existing), Panel Board, Common utility panel
o 400 kVA Transformer (Existing), HT Panel Board, LT panel, Common utility panel
o 6 nos. of passenger/Cargo lifts(only maintaining incoming supply)
o 100 kVA DG set
o Common lighting
In Electronic Complex (SDF-43)
o 1250 kVA Transformer (Existing), HT Panel Board, LT panel, Common utility panel
o 5 nos. of passenger/Cargo lifts(only maintaining incoming supply)
o Common lighting
In SDF-17
o 2 nos of 1250 kVA Unitised Substation, Common utility panel, SSBs.
o 4 nos. of passenger/Cargo lifts(only maintaining incoming supply)
o 125kVA DG set
o Common lighting
Street lighting & SPY system
Intake well: 125kVA DG set, LT panel, Starter panels
In Administrative building
o Panel boards
o Lighting
o 500kVA unitized substation

• Official Residence of Development Commissioner at Ashoka Complex, High Court Junction,


Kochi - Electrical system
Fire Fighting in SDF-16, 43/A, 17 & 110 KV substation (only maintaining electrical supply)
Water Treatment Plant and Common Effluent Treatment Plant (maintaining electrical supply,
pump motor & control panels)
11kV and LT network including 16 nos RMUs, 3 nos of 500 kVA Distribution Transformer and
associated switchgears
Any new installations of CSEZA that may be introduced into the system

You might also like